SOURCES SOUGHT
58 -- Mission Video and Audio Distribution
- Notice Date
- 3/8/2017
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-17-Q-B083
- Archive Date
- 3/31/2017
- Point of Contact
- Sarah McCreary, Phone: (321) 494-9958, Tricia Hatcher, Phone: (321) 494-3668
- E-Mail Address
-
sarah.mccreary.1@us.af.mil, tricia.hatcher@us.af.mil
(sarah.mccreary.1@us.af.mil, tricia.hatcher@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation number is FA2521-17-Q-B083 shall be used to reference any written responses to this source sought. The North American Industry Classification Systems NAICS) Code proposed 334310. The size standard for NAICS is 750 EMP. The requirement is for information regarding Mission Video and Audio Distribution System Scope/Requirements: Vendors will supply, at no cost to the US Government, candidate system information and/or provide a demonstration of a candidate system capable of meeting key system requirements outlined in the Statement of Objective (SOO) below. OBJECTIVE: Provide a web-based, video and audio distribution system capable of multiple simultaneous user connections with independently selectable media outputs provided in near real-time. The system shall have an accreditation package and certifications necessary for use on NIPRnet or the ability to obtain such rapidly with minor modifications to the current accreditation package. Provide all required design, installation, commissioning, and initial operator training in support of this The mission video and audio distribution system shall consist of all hardware and software components that are fully configured to support existing and known future video and audio formats while providing seamless integration into the Eastern Range (ER) communications infrastructure for mission input and NIPRnet for distribution. KEY PERFORMANCE REQUIREMENTS: The mission video and audio distribution system shall, at a minimum, meet the following requirements: i. 20 or more video inputs from digital H.264 and analog/SDI/NTSC sources ii. 20 or more audio inputs from digital sources (2-wire, 4-wire, T-1) iii. Web-based interface through which all video and audio sources are selectable per user iv. Simultaneous user sessions with independent web-based controls for up to 50 users v. Minimum of 24hrs archived video and audio for each of the inputs vi. Accreditation for use on NIPRnet vii. Extensive access control capabilities viii. Installation of system ix. Operator training for local administrators x. Management station 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Services Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-17-Q-B083 1201 Edward H. White II Street, Bldg. 423, Room N206 Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 1:00 PM EST 16 March 17.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B083/listing.html)
- Place of Performance
- Address: Patrick Air Force Base, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04428927-W 20170310/170308235424-84a7e14bebc5b604832b4c2f14b3411f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |